12
1 URBAN SYSTEMS ENGINEERING AND RELATED SERVICES OCTOBER 09, 2017 CONTRACT NO. 4400012324 STATE PROJECT NO. H.010973.6 (CE&I) F.A.P. NO. H010973 VETERANS BLVD LIGHTING (AIRPORT-LOYOLA) JEFFERSON PARISH Under Authority granted by Title 48 of Louisiana Revised Statutes, the Louisiana Department of Transportation and Development (DOTD) hereby issues a Request for Qualification Statements (RFQ) on DOTD Form 24-102 (24-102), “Professional Engineering and Related Services”, revised June 2017, from Consulting Firms (Consultant) to provide engineering and related services. Consultants who are a Louisiana or foreign LLC or corporation should be appropriately registered with the Louisiana Secretary of State, as contemplated by Title 12 of the Louisiana Revised Statutes, and with LAPELS under its rules for FIRMS. If a Consultant fails to place itself in good standing in accordance with those provisions, it may be subject to consequences contemplated in Title 12 and/or the LAPELS rules. All requirements of Louisiana Professional Engineering and Land Surveying (LAPELS) Board must be met and the Prime consultants must be registered with the Federal Government using SAM.gov prior to contract execution. One Prime- Consultant/Sub-Consultant(s) (Consultant/Team) will be selected for this Contract. DOTD employees may not submit a proposal, nor be included as part of a Consultant’s team. Municipality Project Manager: Thomas Schreiner DOTD Coordinator: Michael Duplantis All questions concerning this advertisement should be sent in writing to [email protected]. The deadline to submit questions concerning this advertisement shall be 48-hours prior to the closing of this advertisement as provided herein (excluding weekends and holidays). PROJECT DESCRIPTION The Consultant/Team will be required to provide construction contract administration and construction engineering inspection services. The Contract will be between the Consultant and the City of Kenner, hereinafter referred to as the “Entity”. It will be monitored by the Entity, DOTD and the Federal Highway Administration (FHWA).

CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

1

URBAN SYSTEMS

ENGINEERING AND RELATED SERVICES

OCTOBER 09, 2017

CONTRACT NO. 4400012324

STATE PROJECT NO. H.010973.6 (CE&I)

F.A.P. NO. H010973

VETERANS BLVD LIGHTING (AIRPORT-LOYOLA)

JEFFERSON PARISH

Under Authority granted by Title 48 of Louisiana Revised Statutes, the Louisiana

Department of Transportation and Development (DOTD) hereby issues a Request for

Qualification Statements (RFQ) on DOTD Form 24-102 (24-102), “Professional

Engineering and Related Services”, revised June 2017, from Consulting Firms

(Consultant) to provide engineering and related services. Consultants who are a

Louisiana or foreign LLC or corporation should be appropriately registered with

the Louisiana Secretary of State, as contemplated by Title 12 of the Louisiana

Revised Statutes, and with LAPELS under its rules for FIRMS. If a Consultant

fails to place itself in good standing in accordance with those provisions, it may be

subject to consequences contemplated in Title 12 and/or the LAPELS rules. All

requirements of Louisiana Professional Engineering and Land Surveying

(LAPELS) Board must be met and the Prime consultants must be registered with

the Federal Government using SAM.gov prior to contract execution. One Prime-

Consultant/Sub-Consultant(s) (Consultant/Team) will be selected for this Contract.

DOTD employees may not submit a proposal, nor be included as part of a Consultant’s

team.

Municipality Project Manager: Thomas Schreiner

DOTD Coordinator: Michael Duplantis

All questions concerning this advertisement should be sent in writing to

[email protected].

The deadline to submit questions concerning this advertisement shall be 48-hours prior to

the closing of this advertisement as provided herein (excluding weekends and holidays).

PROJECT DESCRIPTION

The Consultant/Team will be required to provide construction contract administration and

construction engineering inspection services. The Contract will be between the

Consultant and the City of Kenner, hereinafter referred to as the “Entity”. It will be

monitored by the Entity, DOTD and the Federal Highway Administration (FHWA).

Page 2: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

2

SCOPE OF SERVICES

Stage 5: Construction

Part III: Construction Engineering and Inspection(CE&I)

The selected Consultant/Team will be required to provide construction contract

administration and construction engineering inspection services typically performed by

the DOTD Project Engineer and his staff, including but not limited to, the lighting of

roadway for Veterans Blvd from Airport to Loyola. Construction plans will provide the

exact construction scope and limits. These services will be performed in accordance with

DOTD’s Standards and Procedures (see References). Copies of these documents will be

made available through DOTD upon request. The DOTD will assign a project engineer

from its District 02 Office to serve as a construction coordinator for the DOTD during

project construction. The following services to be performed will be under the direct

supervision of the Entity:

1. Coordinate with the Entity and DOTD District personnel to schedule and attend

the Pre-Construction Meeting. The Consultant will be required to conduct the

meeting.

2. Maintain all construction field records; make daily entries in the project diary

(DWR) to indicate the Consultant’s personnel and Contractor’s personnel present

on the job site, the Contractor’s personnel and equipment being utilized on the

project, the work being accepted, the acceptability of traffic control, and the

charging of contract time.

3. Coordinate with the Entity’s Engineer/Representative for all

relocations/adjustments of utility facilities for the construction of work site.

4. Provide all necessary personnel and equipment to perform the required field-

testing for quality assurance in accordance with the latest DOTD Sampling and

Testing Manual.

5. Submit all sampled materials to be tested by DOTD District 02 Testing

Laboratory, in accordance with the stipulated Sampling Manual.

6. Inspect the contractor’s construction operations (daily) to ensure that all work is

performed in accordance with the specified plans and specifications.

7. Keep clear and concise records of the contractual operations, prepare monthly pay

estimates, and make monthly progress reports in conformance with DOTD

requirements. Inspection of construction will not include shop and mill

inspections and their approval.

8. Prepare final estimate packages, including Form 2059 – “Summary of Test

Results” in conformance with DOTD requirements.

9. The Consultant will be responsible for submittal approvals required of the Project

Engineer as stated in the Standard Specifications including form drawings.

10. All construction activities shall be coordinated between the Consultant, the

Owner, the FHWA and an assigned representative of the DOTD. All work

standards, methods of reporting, and documentation of pay quantities will be in

accordance with the policies and procedures of the DOTD. All partial and final

Page 3: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

3

construction estimates, and other information must be submitted on forms

approved by the DOTD.

11. The Consultant will perform all documentation, as prescribed by the Department,

on the Department’s construction software, Site Manager. The Consultant will

provide hardware, i.e., computers, printers, internet connections, etc. deemed

necessary to efficiently conduct the inspection services.

12. The Consultant may be required to conduct non-reimbursable training sessions for

his personnel to receive instructions into the use of Site Manager (approximately

four hours). DOTD will provide a qualified instructor for his training.

13. The Consultant will be available for conferences, visits to jobsites, and/or

inspections by DOTD authorized representatives.

14. The Consultant will be required to submit “As-Built” plans with the final

estimate. “As-Built” plans are to reflect all changes made from the original plans.

All changes to the plans are to be made using a red pencil.

15. When it is stipulated by the Project Specifications, that approval by DOTD is

required for material, equipment, and/or construction procedures, DOTD policies

for obtaining such approval will be followed.

16. All construction inspection personnel utilized by the Consultant must meet and

retain the same qualification and certification requirements as required of DOTD

construction personnel.

17. Any proposed changes in plans or in the nature of the work will be pre-approved

in writing by the DOTD, prior to the performance of stipulated work.

18. Plan changes throughout the life of the project will also have to be written by the

Consultant and approved through the Department’s process.

19. The Consultant will monitor and document all construction claims, and provide

recommendations on disposition of claims.

20. The Consultant will manage the RFI (Request for Information) process as defined

on the DOTD internet site, http://www.dotd.la.gov/construction/rfi/.

21. The Consultant will coordinate and/or perform the inspection of the fabrication of

pre-cast materials with DOTD and the Parish.

22. The Consultant’s inspector shall be responsible for performing and documenting

inspections of erosion control devices, and reporting deficiencies to the

Contractor for correction.

23. The Consultant shall meet with the DOTD Statewide Sign Inspector to review the

construction signing for compliance with the MUTCD and Traffic Control

Standards. Documentation of corrections made by the Contractor will be input

into Site Manager by the Consultant’s Project Engineer.

24. The Consultant is reminded that they are a representative of LA DOTD and that

they will conduct all business in the best interest of LA DOTD and its client.

Page 4: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

4

FHWA FORM 1391

The Consultant shall be required to notify the contractor and forward to the DOTD

Compliance Section and the DOTD Coordinator all information required for the Federal

Aid Construction Contractor’s Annual EEO Report.

SERVICES TO BE PERFORMED BY THE DOTD

The DOTD will furnish, without charge, the following services and data:

1. Laboratory testing of materials. DOTD District 02 Testing Laboratory in

Jefferson Parish will perform laboratory tests in conjunction with specialty testing

performed at the DOTD Central Laboratory in Baton Rouge, Louisiana, using

samples procured, and submitted by the Consultant and/or his staff.

2. DOTD will provide access to project plans and contract proposal.

3. DOTD Structural/Marine Fabrication Engineer will perform all shop and

fabrication inspection.

4. DOTD will provide sampling plan for the project.

5. Site Manager Instructor and technical support.

ITEMS TO BE PROVIDED BY THE ENTITY

1. Traffic Data

2. Capacity Analysis

3. Borings, if required

REFERENCES

All services documents will meet the standard requirements as to format and content of

the DOTD; and will be prepared in accordance with the latest applicable editions,

supplements and revisions of the following:

1. AASHTO Standards, ASTM Standards or DOTD Test Procedures

2. DOTD Location and Survey Manual

3. DOTD Addendum “A” to the Location and Survey Manual

4. DOTD Roadway Design Procedures and Details

5. DOTD Design Guidelines

6. DOTD Hydraulics Manual

7. DOTD Standard Specifications for Roads and Bridges

8. Manual of Uniform Traffic Control Devices

9. DOTD Traffic Signal Design Manual

10. National Environmental Policy Act (NEPA)

11. National Electric Safety Code (NESC)

12. National Electric Code (NFPA 70)

13. A Policy on Geometric Design of Highways and Streets (AASHTO)

Page 5: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

5

14. DOTD Construction Contract Administration Manual

15. DOTD Materials Sampling Manual

16. DOTD Bridge Design Manual

17. Consultant Contract Services Manual

18. Geotechnical Engineering Services Document

19. Bridge Inspectors Reference Manual/90

20. DOTD Stage 1 Planning/Environmental Manual of Standard Practice

21. Code of Federal Regulations 29 CFR 1926 (OSHA)

22. Complete Streets,

http://wwwsp.dotd.la.gov/Inside_LaDOTD/Divisions/Multimodal/Highway_Safet

y/Complete_Streets/Pages/default.aspx

Follow link below for the individual reference links:

http://webmail.dotd.louisiana.gov/ContWEB.nsf/b88769326453bef886256fe00047183a/1

8fc2860512aba5886257a62006133b8?OpenDocument

COMPENSATION

Compensation to the Consultant for services rendered in connection with this Contract is

based on the number of days for the Construction Contract, and an additional 60 days for

the final estimate package, and established billable rates with a maximum limitation of

$110,038. Prior to execution of the contract, the maximum limitation will be adjusted

based on a more accurate man-hour estimate that will be established based on the

construction contract time.

The Consultant may request to have the initial billable rates updated on a yearly basis

based on the latest DOTD escalation rate. However, any adjustment to the Contract

billable rates shall not be cause for an increase in the maximum compensation limitation

imposed herein.

All travel related expenses will be compensated under direct expenses, and will be in

accordance with Louisiana Office of State Travel regulations found at:

http://www.doa.la.gov/osp/travel/travelpolicy/2015-16TravelGuide.pdf Vehicle rental rates will

require prior approval from the DOTD Project Manager.

DIRECT EXPENSES

All direct expense items which are not paid for in the firm’s indirect cost rate which are

needed and will be consumed during the life of the contract must be identified by the

consultant during contract development. Standard equipment to be used in the provision

of services rendered for this contract will not be considered for payment under direct

expenses. Failure to provide the above information will deem items as non-qualifying

for direct expenses.

Page 6: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

6

The consultant shall provide a minimum of three rate quotes for any specialty vehicle or

equipment. Any and all items for which said quotes are not submitted shall be deemed as

non-qualifying for payment as direct expenses.

CONTRACT TIME

The services to be performed under this Contract will commence promptly upon receipt

of the written Notice-to-Proceed (NTP) from the Entity, and will be in effect for the

duration of the construction period, and an additional 60 calendar days for the final

estimate package. The delivery schedule for all project deliverables will be established

by the Entity. For grading purposes only, 165 calendar days will be used for the

contract time.

QUALITY CONTROL/QUALITY ASSURANCE

The DOTD requires the Consultant to develop a Quality Control/Quality Assurance

program, in order to provide a mechanism by which all contracted services can be subject

to a systematic and consistent review. Consultants must ensure quality and adhere to

established construction policies, procedures, standards, and guidelines in the

performance of inspection services. The DOTD shall provide limited input and technical

assistance to the Consultant.

MINIMUM PERSONNEL REQUIREMENTS (MPR)

The following requirements must be met by the Prime-Consultant at the time of

submittal:

1. At least one Principal of the Prime-Consultant must be a Professional Engineer

registered in the State of Louisiana.*

2. The Prime-Consultant must employ on a full-time basis, one Professional

Engineer, registered in the State of Louisiana, with at least five years of

experience in responsible charge of managing Road Construction projects.*

3. In addition to the above requirements, the Prime-Consultant must employ on a

full-time basis or through the use of a Sub-Consultant(s), a minimum of one

DOTD Certified Inspector with a minimum of five years of experience in Road

Construction. Inspectors may only inspect activities in which they hold an

active DOTD certification. Inspectors shall have the certifications at t h e

t i m e o f submittal. Certifications of compliance shall be submitted with and

made part of the Consultant's DOTD Form 24-102. The major activities

listed below require certified inspectors:**

a. Asphalt Plant

b. Asphalt Paving

c. Embankment and Base Course

d. Portland Cement Concrete Paving

Page 7: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

7

*MPR Nos. 1 and 2 may be met by the same person.

**MPR No. 3 may not be met by the same person meeting MPRs No. 1 and 2.

Training Certifications/Certifications of Compliance must be submitted with and

made part of the Consultants DOTD Form 24-102 for all Manpower requirements

listed herein.

WORK ZONE TRAINING REQUIREMENTS

As part of DOTD’s on-going commitment to work zone safety, required work zone

training courses must now be taken every four years in order for personnel to remain

eligible to work on DOTD projects. For consultants performing pre-construction services

(i.e., design, survey, subsurface utility, geotechnical, traffic, bridge inspection,

environmental services), appropriate personnel must take these courses. In general, the

responsible charge of traffic control plans shall be required to have Traffic Control

Supervisor training. For pre-construction field services performed within the clear zone,

at least one member of the field crew shall have Traffic Control Supervisor or Traffic

Control Technician training. The Consultant should identify all personnel listed in the

staffing plan for the project that have completed the appropriate work zone training

courses. The consultant shall explain in Section 13 of DOTD Form 24-102 how they plan

to meet the work zone requirements. All pre-construction work zone training

requirements shall be met prior to contract execution. It will be the prime consultant’s

responsibility to ensure their staff and sub-consultants have the appropriate work zone

training.

In addition to the above requirements, if the Scope of Services includes Construction

Engineering and Inspection (CE&I), the following requirements shall be met at the time

of submittal:

Field Engineers: Traffic Control Technician

Traffic Control Supervisor

Flagger

Field Engineer Interns: Traffic Control Technician

Traffic Control Supervisor

Flagger

Field Senior Technicians,

Survey Party Chiefs, and

SUE Worksite Traffic Supervisors*: Traffic Control Technician

Traffic Control Supervisor

Flagger

Other Field Personnel*: Traffic Control Technician

Flagger

* excluding Asphalt Plant Inspector

Page 8: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

8

Approved courses are offered by ATSSA and AGC. Substitutes for these courses must be

approved by the LA DOTD Work Zone Task Force. Specific training course

requirements are:

Flagger: Successful completion every four years of a work zone flagger

course approved by the Department. The “DOTD Maintenance

Basic Flagging Procedures Workshop” is not an acceptable

substitute for the ATSSA and AGC flagging courses.

Traffic Control Technician (TCT): Successful completion every four years of a

work zone traffic control technician course approved the

Department. After initial successful completion, it is not necessary

to retake this course every four years if Traffic Control Supervisor

training is completed every four years.

Traffic Control Supervisor (TCS): Successful completion of a work zone traffic

control supervisor course approved by the Department. Following

an initial completion, traffic control supervisors must either

complete a 1-day TCS refresher course or retake the original 2-day

TCS course every four years.

ATSSA contact information: (877) 642-4637

EVALUATION CRITERIA

The general criteria to be used by DOTD in evaluating responses for the selection of a

Consultant to perform these services are:

1. Consultant’s firm experience on similar projects, weighting factor of 3;

2. Consultant’s personnel experience on similar projects, weighting factor of 4;

3. Consultant’s firm size as related to the estimated project cost, weighting factor of 3;

4. Consultant’s past performance on similar DOTD projects, weighting factor of 6;**

5. Consultant’s current work load with DOTD, weighting factor of 5;

6. Location where the work will be performed, weighting factor of 6.*

*Location score will be calculated from 1117 Veterans Memorial Blvd., New Orleans,

LA.

** Work categories listed in the table below will be used for performance ratings for this

project.

Consultants with no past performance rating in a rating category will be assigned the

average rating of the firms submitting; with ratings capped at the statewide average rating

for that category as of the date the advertisement was posted.

Page 9: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

9

THE FOLLOWING TABLE MUST BE COMPLETED AND INCLUDED IN THE 24-102 SUBMITTAL.

8a. Prime-Consultants who will perform 100% of the work may state so in lieu of this table. In all other cases, the Prime-Consultants shall fill in the table by entering the name of each firm that is part of the submittal and the percentage of each work category to be performed by that firm. Consultants shall not add categories of work. The percentage estimated for each work category is for grading purposes only, and will not control the actual performance or payment of the work.

Work Categories % of Overall Project

Prime Firm B Firm C Firm D Firm E Firm F

CE&I (CC) 70%

Construction Final Audit (CF)

20%

Contract Management (CM)

10% 100% n/a n/a n/a n/a n/a

8b. Identify the percentage of work for the overall project to be performed by the prime

consultant and each sub-consultant

Percent of Contract

100%

Complexity level- normal

Consultants will be evaluated as indicated in Items 1- 6. The evaluation will be by means

of a point-based rating system. Each of the above criteria will receive a rating on a scale

of 1-5. The rating will then be multiplied by the corresponding weighting factor. The

firm’s rating in each category will then be added to arrive at the Consultant’s final rating.

If Sub-Consultants are used, the Prime Consultant must perform a minimum of 51% of

the work for the overall project. Each member of the Consultant/Team will be evaluated

on their part of the contract, proportional to the amount of their work. The individual

team member ratings will then be added to arrive at the Consultant/Team rating.

DOTD’s Project Evaluation Team will be responsible for performing the above described

evaluation, and will present a short-list of the three (if three are qualified) highest rated

Consultants to the Secretary of the DOTD. The Secretary will make the final selection.

1. Rhonda Braud– Ex officio

2. Melissa Lebas– Project Manager

3. Michael Duplantis

4. Christopher Rogers

5. Corbett Hollier

6. Francis Simon

Page 10: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

10

Rules of Contact (Title 48 Engineering and Related Services)

These rules are designed to promote a fair, unbiased, legally defensible selection process.

The LA DOTD is the single source of information regarding the Contract selection. The

following rules of contact will apply during the Contract selection process and will

commence on the date of advertisement and cease at the contract execution by the

selected firm. Contact includes face-to-face, telephone, facsimile, Electronic-mail (E-

mail), or formal written communications. Any contact determined to be improper, at the

sole discretion of the LA DOTD, may result in the rejection of the submittal (24-102):

A. The Consultant shall correspond with the LA DOTD regarding this

advertisement only through Rhonda Braud via email at

[email protected];

B. Neither the Consultant, nor any other party on behalf of the Consultant,

shall contact any LA DOTD employees, including but not limited to,

department heads; members of the evaluation teams; and any official who

may participate in the decision to award the contract resulting from this

advertisement except through the process identified above. Contact

between Consultant organizations and LA DOTD employees is allowed

during LA DOTD sponsored one-on-one meetings;

C. Any communication determined to be improper, at the sole discretion of the

LA DOTD, may result in the rejection of submittal, at the sole discretion of

the LA DOTD;

D. Any official information regarding the project will be disseminated from the

LA DOTD’S designated representative on the LA DOTD website. Any

official correspondence will be in writing;

E. The LA DOTD will not be responsible for any verbal exchange or any other

information or exchange that occurs outside the official process specified

herein.

By submission of a response to this RFQ, the Consultant agrees to the

communication protocol herein.

CONTRACT REQUIREMENTS

The selected Consultant will be required to execute the contract within 10 days after

receipt of the contract.

INSURANCE - During the term of this contract, the Consultant will carry professional

liability insurance in the amount of $1,000,000. The Prime Consultant may require the

Sub-consultant(s) to carry professional liability insurance. This insurance will be written

on a “claims-made” basis. Prior to executing the contract, the Consultant will provide a

Certificate of Insurance to DOTD showing evidence of such professional liability

insurance.

Page 11: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

11

AUDIT - The selected Consultant/Team shall provide to the DOTD Audit Section an

independent Certified Public Accountant (CPA) audited indirect cost rate developed in

accordance with Federal Acquisition Regulations (FAR) and guidelines provided by the

DOTD Audit Section. In addition, the selected Consultant/Team will allow the DOTD

Audit Section to perform an indirect cost audit of its books, at the DOTD’s sole

discretion. The performance of such an audit by the DOTD Audit Section shall not

relieve the Consultant/Team of its responsibilities under this paragraph.

Consultants are also required to submit labor rate information twice a year to the DOTD’s

Audit Section and/or as requested by DOTD. Newly selected firms must have audited

salaries and indirect cost rates on file with the DOTD’s Audit Section before starting any

additional stage/phase of their contracts. All Qualification Statements (24-102)

submitted to DOTD by Consultants currently under contract may be considered non-

responsive if the consultant is not in compliance with the above audit requirements.

Any Consultant currently under contract with the DOTD and who failed to meet all the

audit requirements documented in the manual and/or notices posted on the DOTD

Consultant Contract Services Website (www.dotd.louisiana.gov) will not be considered

for this project.

SUBMITTAL REQUIREMENTS

One original (stamped “original”) and five copies of the DOTD Form 24-102 must be

submitted to DOTD along with an electronic copy (USB flash drive only) in a

searchable Portable Document Format (pdf). If you wish to have your flash drive

returned, please include a postage paid, self-addressed envelope. Copies of the

Inspector’s certification card (indicating the date of expiration), must be included in

the 24-102. All submittals must be in accordance with the requirements of this

advertisement and the Consultant Contract Services Manual.

If more than one contract is to be selected based on this advertisement, no Prime

Consultant is allowed to be a Sub-Consultant on any other Consultant’s 24-102. If a

Prime Consultant is submitted as a Sub-Consultant on another Consultant’s 24-102, its

submittal as a Prime Consultant may be deemed non-responsive.

Any Prime Consultant that submits a Sub-Consultant’s 24-102 without written consent of

that Sub-Consultant to be submitted in response to this ad, may be deemed non-

responsive.

Any Consultant/Team failing to submit any of the information required on the 24-102, or

provide inaccurate information on the 24-102, will be considered non-responsive.

Any Sub-Consultants to be used, including Disadvantaged Business Enterprises (DBE),

in performance of this Contract must also submit a 24-102, which is completely filled out

and contains all information pertinent to the work to be performed.

Page 12: CONSTRUCTION ENGINEERING AND INSPECTION SERVICESwebmail.dotd.louisiana.gov/AgreStat.nsf... · 2017-10-10 · the final estimate package, and established billable rates with a maximum

12

The Sub-Consultant’s 24-102 must be firmly bound to the Consultant’s 24-102.

In Section 8, the consultant’s 24-102 must describe work categories and applicable

percentages as defined in the advertisement. Give an estimated percentage of the

work to be performed by the prime consultant and each sub-consultant (if at least

one sub-consultant is being used) for each work category. Consultants shall not add

work categories. The percentage estimated for each work category is for grading

purposes only, and will not control the actual performance of payment of work.

Contract employees may be allowed for a period of time for a particular work category

or task on a project. Contract, part-time, and full-time employees should be shown in

Section 9a with an asterisk denoting their employment status (if part-time or

contract).

Name(s) of the Consultant/Team listed on the 24-102, must precisely match the name(s)

filed with the Louisiana Secretary of State, Corporation Division, and the Louisiana State

Board of Registration for Professional Engineers and Land Surveyors.

The DOTD Form 24-102 will be identified with Contract No. 4400012324 and State

Project No. H.010973.6 and will be submitted prior to 3:00 p.m. CST on Tuesday,

October 24, 2017 by hand delivery or mail addressed to:

Department of Transportation and Development

Attn.: Mr. Mark Chenevert, P.E.

Contracts Services Administrator

1201 Capitol Access Road, Room 405-E

Baton Rouge, LA 70802-4438 or

Telephone: (225) 379-1591

REVISIONS TO THE RFQ

DOTD reserves the right to revise any part of the RFQ by issuing an addendum to the

RFQ at any time. Issuance of this RFQ in no way constitutes a commitment by DOTD to

award a contract. DOTD reserves the right to accept or reject, in whole or part, all

Qualification Statements submitted and/or cancel this announcement if it is determined to

be in DOTD’s best interest. All materials submitted in response to this announcement

become the property of DOTD and selection or rejection of a submittal does not affect

this right. DOTD also reserves the right, at its sole discretion, to waive administrative

informalities contained in the RFQ.